SOURCES SOUGHT
D -- DoD Enterprise-Wide Access to Non-Government Standards Subscription
- Notice Date
- 3/18/2026 11:25:00 AM
- Notice Type
- Sources Sought
- NAICS
- 513210
—
- Contracting Office
- DCSO RICHMOND DIVISION #1 RICHMOND VA 23237 USA
- ZIP Code
- 23237
- Solicitation Number
- SP4703-26-RFI-0000
- Response Due
- 4/17/2026 11:00:00 AM
- Archive Date
- 05/02/2026
- Point of Contact
- Allison Douglewicz, Contracting Officer
- E-Mail Address
-
allison.douglewicz@dla.mil
(allison.douglewicz@dla.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- 1.0 INTRODUCTION This is a Request for Information (RFI) issued by the Defense Standardization Program Office (DSPO). We are seeking information on commercially available solutions for providing enterprise-wide subscription access to a comprehensive collection of non-government standards (to include a wide range of regulatory mandated non-government standards (industrial, and international), commercial specifications and comprehensive engineering, logistics, material procurement, and digital material management information for all Department of Defense (DoD) personnel. The purpose of this RFI is to gather market research and to understand the capabilities of potential contractors to meet the requirements outlined in this document. This RFI is for informational and planning purposes only and does not constitute a solicitation for bids or proposals and is not to be construed as a commitment by the Government. Respondents are advised that the United States Government will not pay for any information or administrative costs incurred in response to this RFI. All costs associated with responding to this RFI will be solely at the interested party�s expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. It is the responsibility of the potential offerors to monitor the Government�s point of entry at Sam.gov for additional information pertaining to this requirement. 2.0 BACKGROUND The Department of Defense relies on a wide array of non-government standards to ensure the safety, interoperability, and effectiveness of its systems, equipment, and operations. Currently, access to these standards is decentralized, leading to inefficiencies, duplication of costs, and challenges in ensuring all personnel have access to the most current and relevant information. The DSPO is exploring the possibility of acquiring an enterprise-wide license subscription for a digital platform that provides comprehensive access to these standards for all DoD personnel, regardless of their location or agency. 3.0 SCOPE AND REQUIREMENTS The purpose of this RFI is for the DoD to gather information about the market interest and capability to provide DoD activities with enterprise-wide subscription access to non-government standards, comprehensive parts and substitution data, and logistics management data to support DoD engineering projects and acquisitions. The key requirements are as follows: 3.1 Specific Unlimited Non-Government Standards Collections The platform must provide unlimited access to the following collections of non-government standards, including both current and historical versions: Access is required for standards published by the Standards Developing Organizations listed in the attachment. 3.2 Logistics Data Parts Information: Deliver a powerful, easy-to-use search and retrieval tool that aggregates parts and logistics information from disparate government, military, and commercial sources. Catalogs /Guides: Offer access to information of active and historical National Item Identification Numbers (NIIN), Navy Item Control Numbers (NICN), and more than 100 million parts within the Federal Supply Catalog. Bill of Materials (BOM): Supply the capability to ingest, manage, and display multi-level Bill of Materials structures, allowing for detailed analysis of components and sub-assemblies. 3.3 Seats and Locations Seats and Licensing: The solution must support a varied number of concurrent users based on standards collection, with the ideal solution providing unlimited seats/licenses for all DoD personnel (military, civilian, and govt support contractors). Unlimited Locations: Access must be available from any location worldwide, on a .mil network in order to support the global DoD workforce. Access to standards: Immediate access to standards is required. System should provide 24/7 access maintain a 98% uptime within the period of performance. 3.4 Authentication Access for DoD personnel will be through a central portal within the DoD IT architecture (ASSIST). The platform must have the ability to integrate with DoD�s authentication systems. This includes: Single Sign-On (SSO) capabilities. Support for authentication using the Common Access Card (CAC) and/or Public Key Infrastructure (PKI) certificates. Ability to authenticate users based on their DoD email address domain. Describe your approach to providing unlimited seats and access from unlimited locations. Detail your platform's capabilities to integrate with DoD authentication systems (ASSIST), including CAC/PKI, single sign-on, email domain. 4.0 INFORMATION REQUESTED 4.1 Interested parties are requested to provide a response that addresses the following: Company Information: Provide a brief overview of your company, including your experience in providing similar services to government or large enterprise customers. Solution Overview: Describe your proposed solution, including the platform's architecture and key features. Standards Collections: Provide a list of the non-government standards collections your platform offers. Confirm that your solution can provide access to both current and historical versions of the standards. Service Level Agreements (SLAs): For each proposed service, please provide a draft Service Level Agreement (SLA). The SLA should detail performance metrics, uptime guarantees, and any penalties for non-performance. If different tiers of service are available (e.g., Gold, Silver, Bronze), please provide separate SLAs and pricing for each tier. 4.2 Platform Functionality: Describe other relevant features of your platform, such as: Search and discovery tools. User account management and administration. Usage analytics and reporting. Offline access capabilities. Document management features (e.g., annotations, bookmarks). Metrics regarding concurrent users. Number of total users (broken down by service/agency). User-based training (online/in person). 4.3 Pricing Model: Provide an overview of your pricing model for an enterprise-wide license for an organization the size of the DoD. This should be a rough order of magnitude (ROM) for planning purposes and include the following: Line-Item Pricing: Vendors are required to provide a detailed, line-item pricing schedule for all proposed software, and services. Each item must be priced individually. The intent is to allow for a modular selection of offerings. Bundled and Unbundled Options: While vendors may propose bundled solutions, they must also provide pricing for each component of the bundle as if it were to be purchased separately. Optional Services: Vendors are encouraged to propose optional services or products that could enhance the core solution. These should be clearly marked as ""optional"" and priced separately. Examples might include: Extended warranty and support packages On-site training for staff Advanced security monitoring 4.4 Implementation and Support: Describe your typical implementation process and the customer support services you provide. 5.0 SUBMISSION INSTRUCTIONS Responses to this RFI should be submitted electronically to the Point of Contact listed above. Shall be five pages or less (cover page is not included in page count) Time New Roman 12 point font One (1) inch margin Page size should be 8.5X11 inches The subject line of the email should read: ""Response to RFI SP4703-26-RFI-0000 - [YOUR COMPANY NAME]"". CAGE Code Address Point of Contact Phone Number Email address Web Page URL Responses should be submitted in Microsoft Word or Adobe PDF format. The deadline for submission is April 17, 2026 at 2:00 PM ET. 6.0 DISCLAIMER The Government does not intend to award a contract on the basis of this RFI or to otherwise pay for the information solicited. Submission of any information in response to this RFI is purely voluntary. The Government assumes no financial responsibility for any costs incurred. All information received in response to this RFI that is marked as proprietary will be handled accordingly. The Government shall not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/d6dcf1e773ef4d2ea98cbffc067d9b6d/view)
- Place of Performance
- Address: Fort Belvoir, VA, USA
- Country: USA
- Country: USA
- Record
- SN07749883-F 20260320/260318230047 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |